Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2012 FBO #3851
SOLICITATION NOTICE

56 -- San Diego International Airport Runway 9 MALSR System Refurbishment Project

Notice Date
6/8/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Transportation, Research and Innovative Technology Administration, Volpe National Transportation Systems Center, 55 Broadway, Kendall Square, Cambridge, Massachusetts, 02142-1093
 
ZIP Code
02142-1093
 
Solicitation Number
DTRT57-12-B-60001
 
Archive Date
12/31/2012
 
Point of Contact
Elizabeth A. Segal, Phone: 617-494-2401
 
E-Mail Address
elizabeth.segal@dot.gov
(elizabeth.segal@dot.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Transportation (U.S. DOT), Research and Innovative Technology Administration, John A. Volpe National Transportation Systems Center (Volpe Center), Cambridge, Massachusetts, intends to issue a solicitation for the San Diego International Airport Runway 9 MALSR System Refurbishment Project. The solicitation is being competed as a 100% Small Business Set-Aside and is intended for a single award. The Volpe Center is supporting the Federal Aviation Administration (FAA) for this project. The FAA owns and maintains an approach lighting system (ALS) to Runway 9 at the San Diego International Airport. An ALS is a configuration of signal lights disposed symmetrically about the extended runway centerline, starting at the landing threshold and extending outward into the approach zone. This system provides pilots with visual information regarding runway alignment, height perception, roll guidance and horizon references. Specifically, the system is a Medium Intensity Approach Lighting System (MALS) with Runway Alignment Indicator Lights (RAIL), considered a MALSR in combination. The MALS consists of a threshold light bar and seven steady burning light bars spaced at 200-foot intervals along the extended runway centerline and extending out a distance of 1,400 feet from the Runway 9 threshold. The RAIL portion consists of five sequence flashers located on the extended runway centerline, the first being located after the last steady burning light station, with successive light stations located at 200-foot intervals out to approximately 2,400 feet from the runway threshold. All lights are aimed into the Runway 9 approach and away from the runway threshold. MALSR Station 15+00 and each successive light station after that are supported on top of an elevated timber platform. Four of the platforms (Stations 15+00, 17+00, 19+00, 21+00) are located in a boat channel (the former mouth of the San Diego River and referred to on some maps as Navy Lagoon) and the last two stations (Stations 23+00 and 24+85) are located on land across the lagoon on elevated platforms as well within Naval Training Center (NTC) Park, a recently-developed San Diego city park. Initially installed in 1982, the platforms at Stations 15+00, 17+00, 19+00, 21+00 and six of the eight supporting timber piles at Stations 17+00, 19+00, and 21+00 have deteriorated to a point where the structural and operational integrity of the MALSR is in question. The FAA plans to make the necessary repairs to the MALSR and bring the platforms into Occupational Safety and Health Administration (OSHA) compliance. The proposed action is strictly maintenance-related and does not affect the existing functionality of the airport. The purpose of the contract is for a Contractor to install new piles, platforms, OSHA-compliant ladder system, and MALSR Lighting System. The North American Industry Classification System (NAICS) Code is for this acquisition is 237990 with a small business size standard of $33.5 million. In accordance with Federal Acquisition Regulation Part 36.204 Disclosure of the magnitude of construction projects, the estimated price of this procurement is within the following price range: (e) Between $500,000 and $1,000,000. The estimated release date of the solicitation will be the week of June 25, 2012. Bids will be due approximately 30 days following the issuance of the solicitation. The solicitation will be issued on a firm-fixed-price basis. A pre-bid site visit is anticipated to be conducted the week of July 9, 2012, or the week of July 16, 2012, at the San Diego International Airport, San Diego, California. The complete details of the pre-bid site visit will be listed in the solicitation. The Volpe Center uses electronic commerce to issue Invitation for Bids (IFB) and amendments to IFBs. The subject solicitation and related documents will be available in electronic format only from the Government Wide Point of Entry at the Federal Business Opportunities website at https://www.fbo.gov/. Paper copies of these documents are not available, and hard copies will not be mailed. Offerors desiring to receive a copy of the solicitation and any related documents must register at this site to receive electronic notification of the solicitation posting and availability for downloading. Contractors are warned that when they register to receive solicitations, amendments, and other notices, the responsibility for providing the Government with an accurate and complete e-mail address lies with the contractor. The Government will make no additional efforts to deliver information when the system indicates that transmissions cannot be delivered to the e-mail address provided. For questions concerning the acquisition, contact the Contracting Officer in writing by e-mail at Elizabeth.Segal@dot.gov. ANY INQUIRIES VIA TELEPHONE WILL NOT BE HONORED. All contractors must be registered in the Central Contractor Registration (CCR) in order to receive an award from a U.S. DOT Agency. Contractors may access the site at https://www.bpn.gov/ccr to register and/or obtain information about the registration process. Additionally, solicitation Representation and Certifications are no longer provided within the solicitation and must be submitted online through the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of the Representations and Certifications required by the Federal Acquisition Regulations. Potential Offerors are highly encouraged to complete the online provisions within the Representations and Certifications at the ORCA website at https://orca.bpn.gov/. This notice is for informational purposes for Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $750,000. The STLP loan has a variable rate which is tied to the Prime Rate published in the Wall Street Journal. For further information, call (800) 532-1169. Internet address: http://osdbu.dot.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/RITA/VNTSC/DTRT57-12-B-60001/listing.html)
 
Place of Performance
Address: San Diego International Airport, 3225 North Harbor Drive, San Diego, California, 92101, United States
Zip Code: 92101
 
Record
SN02771129-W 20120610/120608235835-1284db629902f66d4fbf3ce469d26780 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.